Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2013 FBO #4180
SOURCES SOUGHT

J -- Cranes & Hoists, Patrick AFB - Appendix 1A (Non-Mobile) & Appendix 1B (Mobile)

Notice Date
5/3/2013
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-13-Q-0002
 
Point of Contact
Donna S. Fowler, Phone: 3214949944
 
E-Mail Address
donna.fowler.2@us.af.mil
(donna.fowler.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Appendix 1B - List of Mobile Cranes, Slings and Riggings Appendix 1A - List of Non-Mobile Cranes/Hoists SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT FOR INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. Patrick Air Force Base (PAFB), FL anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 811310. The size standard for NAICS is $7,000,000. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, equipment, tools, material, supervision, and other items and services necessary to perform inspections, load testing, maintenance, evaluation, and certification for all non-mobile cranes/hoists (see Appendix 1A), and annual inspection, load testing and certification for all mobile cranes, slings and riggings (see Appendix 1B) at Patrick AFB (PAFB), FL in accordance with (IAW) all local, state, and federal laws, base policies, and the requirements of the Performance Work Statement. The Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Submit capabilities packages by e- mail to Donna Fowler (45 CONS/LGCAA) donna.fowler.2@us.af.mil and include FA2521-13-Q-0002 (Capability Package) as the subject of the e-mail. Files must be readable using Microsoft Office Word 2010 (or lower) or Adobe PDF (set to minimum of 200 dots per inch). DO NOT submit attachments in.ZIP files. Any e-mails containing.zip file will be REJECTED. Do not password protect attachments. To avoid rejection of an e-mail, vendors must make every effort to ensure their electronic submission is virus-free. 2 Attachments: 1. Appendix 1A (non-mobile cranes/hoists) 2. Appendix 1B (mobile cranes, slings and riggings) RESPONSES ARE DUE NO LATER THAN 9 May 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-Q-0002/listing.html)
 
Place of Performance
Address: Various locations at Patrick AFB, FL, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03052732-W 20130505/130503234801-a259b175a9d0216eac729644700b3c12 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.